Tenders are invited for Provision of Directional Drilling Mwd Lwd Geosteering Well Placement and Related ServicesThe scope of work consists of the activities required to accomplish as a minimum the following 1 Provision of equipment and services to drill directional wells near horizontal wells and horizontal wells for hole sizes ranging from 26 17 1 2 16 12 1 4 8 1 2 and 6 2 Provision of downhole steerable Positive Displacement Motors Rotary Steerable Systems including NB GR Push the bit and point the bit technologies 3 Provision of MWD and LWD equipment including but not limited to a Conventional GR b Resistivity HF LF Phase and Attenuation resistivities with 4 curves in both RT and RM c Azimuthal GR d Ultra Deep Azimuthal Resistivity RO inversion of multiple bed boundaries and depth of investigation greater than 50 ft e Azimuthal Density minimum 16 quadrant Up Down Left and Right Curves images in RT f Neutron Login RT and RM g Monopole and Quadrople Sonic compressional and shear acoustic slowness h Formation Pressure while Drilling i Sampling While Drilling 4 As a minimum LWD tools shall be appropriate to determine the top of reservoir lithology hydrocarbon type gas oil contact GOC and maintain reservoir hole section in oil leg of the reservoir with the help of geo steering and well placement tools 5 Provision of Well placement services for landing and drilling of drain sections including pre drill modelling 6 Provision of Well placement engineers WPE for real time interpretation during operations and streaming 7 Provision of Wellbore Survey Equipment EMS MSS Gyro including North Seeking Gyro up to 90 deg angle in 12 1 4 and 8 1 2 hole services 8 Provision of directional drilling engineering and planning such as designing and optimization of well trajectory anti collision scanning BHA selection torque and drag analysis vibration analysis hydraulic simulation among others as required by AMNI OML 52 for efficient safe and cost effective drilling program 9 All downhole equipment shall have flow rate ranges for drilling the well with ECD management as applicable for each hole size 10 Provision of a robust quality assurance and quality control model with experienced highly qualified service maintenance and technical team s at the base workshop to ensure that the tools sent to the rig are properly checked and serviced to ensure zero failures downhole when the tools are run 11 Provision of local shore base repair and re build facilities as well as suitable stocking system of re furbished tools 12 In addition to regular reporting provision of access to a multi user web browser based platform that displays all incoming log and drilling data in real time This is required for all hole sections Software must be capable of visualising both time and depth series data 13 Provision of real time access to incoming drilling and log data via WITSML server so the data can be streamed directly to external software packages e g Petrel Techlog etc for interpretation by AMNI OML 52 14 Provision of all essential accessories such as calibrated surface and downhole equipment stabilizers motor sleeves motor sleeve breaker blade gauge sub connections and necessary crossovers and surface mud parameter measurement sensors and accessories 15 All nuclear sources should be retrievable type or a non hazardous non retrievable type 16 Provision of highly qualified experienced personnel both in the office and the rig to coordinate manage and run the services effectively and efficiently 17 Provision of qualified personnel to perform all Contractor s services and to service and maintain Contractor s equipment in operational status 18 Personnel shall be capable of running Directional Drilling tools LWD MWD tools Geo steering tools and horizontal well placement techniques etc Note All other details will be covered in the detailed equipment list and scope of work in the Tender document Mandatory a To be eligible for this tender exercise interested companies are required to be pre qualified in codes 3 04 07 MWD LWD Services and 3 04 08 Turbine Drilling Down Hole Motor Services categories in NipeX Joint Qualification System NJQS database b To determine if you are pre qualified and view the product service category you are listed for open http vendors nipexjqs com and access NJQS with your log in details Click on Products Services Status tab to view your status and product codes c If you are not listed in a product service category and you are registered with DPR to do business contact NipeX office at 8 10 Bayo Kuku Street Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update d To initiate the JQS pre qualification process access www nipex ng com click on the services tab followed by NJQS registration e To be eligible all tenders must comply with the Nigerian Content requirements in the NipeX system Interested companies are to note that they will be requested during the tender process to give full details of their relevant strategy to ensure that they fully comply with provisions of the Nigerian Oil and Gas Industry Content Development Act 2010 NOGICD Act Consequently bidders submissions shall be evaluated strictly with the minimum evaluation criteria defined in NOGICD Act In line with the above bidders will be required to submit the following in compliance with the NOGICD Act in the Tender Stage a Provide evidence of company Ownership Structure form C02 and C07 registration on NOGIC JQS and DPR certificate b Provide a Nigerian Content Plan which shall explain the methodology of how it intends to comply with the requirements of the NOGICD Act and how to achieve the set target s in the Schedule of the NOGICD Act and any targets set by the Board c Provide a project specific organogram showing Names and Nationalities of all key personnel not limited to Directional Drillers MWD LWD engineers etc that will execute the work scope for this service For any position to be occupied by Expatriate personnel tenderer shall commit to obtaining expatriate quota approval from NCDMB before project execution d Provide evidence of at least 50 Nigerian ownership of all equipment and accessories that will be utilized in the Execution of the work scope e Provide evidence of a valid Nigerian Content Equipment Certificate NCEC issued by NCDMB in respect of equipment to be deployed in the execution of the work scope f In line with the NCD Human Capacity Development Initiative bidders shall commit to providing Project Specific training man hour budget skill development and understudy plan for Nigerian personnel utilizing OGTAN registered trainees or other approved NCDMB training institution s g Provide a plan of how it intends to give first consideration to materials manufactured in Nigeria as well as assembled goods of Nigerian origin which shall include a breakdown of all materials and consumables to be utilized and identifying those that are found locally finished products and materials that will be procured from Nigerian manufacturing and assembly plants finished goods whose order will be placed from outside Nigeria through Nigerian authorized vendors and accredited agents and those that would be directly imported h A detailed description of the location of in country committed facilities not limited to administrative office technical office equipment storage workshops repair and maintenance facilities for execution of the work scope i Details of in country procurement plan and Binding MOA to source goods and materials with names and addresses of the Nigerian suppliers NOTE Failure to fully comply with the Nigerian Content Act or demonstrate commitment to Nigerian Content Development Policy of the Nigerian Government shall result in the disqualification of the bidder from the bidding process Note a This Advertisement of Tender Opportunity shall not be construed as an invitation to Tender ITT or any form of commitment on the part of AMNI OML 52 and or NNPC to award a contract to any vendor or bidder or company and or associated companies sub contractors or agents b This advertisement of Tender Opportunity shall not entitle the NJQS pre qualified companies to make any claims whatsoever and or seek any indemnity from AMNI OML 52 and or any of its Partners by virtue of such applicants having responded to this advertisement and having been pre qualified in NJQS c The ITT and any further progress of the tender shall be via NipeX portal and as per NNPC NAPIMS approved process d AMNI OML 52 will not enter into correspondence with any company or individual on why a company was short listed or not short listed e All costs incurred in preparing and processing the NJQS prequalification shall be borne solely by the companies suppliers and vendors f AMNI OML 52 will communicate only with authorized officers of the NJQS qualified vendors and NOT through individuals or Agents
Contact Information
Other Detail
View Notice Now...
Fill Detail for Getting Instant Access
Download Tender Document / Tender Notice
Dear Sir,
Warm Greetings from TenderDetail.com !!
We have received Tender Document request for the TDR No : 45724524
Tender Notice along with it's Attachments ( Tender Document / Scan Image of News Paper)
sent to your Email Address :.
Please check your email for Tender Document.